Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 09, 2003 FBO #0681
SOLICITATION NOTICE

V -- Conference Space Rental and Hotel Services

Notice Date
10/7/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Austin Automation Center, (316), 1615 Woodward Street, Austin, Texas 78772
 
ZIP Code
78772
 
Solicitation Number
777-04-H500
 
Response Due
10/14/2003
 
Archive Date
11/12/2003
 
Point of Contact
Point of Contact - Barbara Gamble, Event Manager, (205) 731-1812 ext. 301, Contracting Officer - Barbara Gamble, Event Manager, (205) 731-1812 ext. 301
 
E-Mail Address
Email your questions to Barbara Gamble
(barbara.gamble@lrn.va.gov)
 
Description
Description This is a combined synopsis/solicitation to negotiate a Firm Fixed Price type contract for Hotel Accommodations, Conference Space, and Hotel Services located in the Washington, DC area. Request for Quotation 777-04-H500 is in accordance with FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items. This is not a solicitation for Event Planning Services. This announcement incorporates provisions and clauses in effect through FAR FAC 2001-14 and VAAR 97-10. NAICS Code 721110 and the small business size standard is $6 million. This BOS announcement/solicitation is solicited unrestricted and constitutes the only bid document that will be issued. The Period of performance for this requirement is January 12-16, 2004 (approximately 248 sleeping room nights and required meeting space). The Department of Veteran Affairs, Employee Education System (EES) is sponsoring a training conference on the topic of Patient Safety Improvement Corps, Session #2. The hotel must accommodate 248 sleeping room nights (based on the timeframe), must provide all requirements specified for conference needs in Parts A, B, C and D below, and must provide lodging rates within the stated Government Per diem. A separate written solicitation document will not be issued. A response to requirements listed below shall be submitted on letterhead and must address all requirements listed in a separate technical proposal. A Hotel Contract shall be submitted with your technical and price proposal, along with descriptive literature to include sleeping rooms, meeting room space, diagrams and square footage. The hotel facility must be FEMA approved and listed on the U.S. Fire Administration Hotel and Motel National Master List found at http://www.usfa.fema.gov/hotel/search.cfm. The hotel facility must be compliant with the requirements of the Americans with Disabilities Act (Public Law 101-336) (42 U.S.C. 12101 et. Seq.). The hotel facility must accommodate an estimated 65 attendees with the following needs: Part A: Hotel Lodging - (1a) 62 sleeping rooms for participants check-in on 01/12/04 with checkout on 01/16/04. Rooms must be individual/private sleeping rooms with toilet facilities at government per diem rate for the Washington, DC area ($150). Payments for Part A shall be the sole responsibility of each participant, to include no-shows fee. Part B: (1) Meeting Space-General Session Meeting Room for 1/12/04-1/16/04 to accommodate 65 ppl classroom seating (two per 6-foot table with aisles on each side and in center). Room must be large enough to accommodate rear screen projection. General session room is needed by 12:00 noon on January 11, 2004, for setup. Two breakout rooms needed on January 15 and should be set up in rounds to accommodate 8 people each (1 round table in each corner of room). There should be ample room in the breakout rooms to allow use of a flipchart at each table. These rooms should be very close to general session room and break area. Registration to be set-up outside of the general session room (two 6_ skirted tables with four chairs and two waste baskets and two additional 6_ skirted tables for conference materials.) All meeting space to be on 24-hour hold. (2) Securable storage space for meeting materials in or adjacent to general session room. Part C: Light refreshment menus with prices for morning and afternoon breaks that are anticipated from January 12 through January 16, 2004. Part D: 1.Other requirements; variety of restaurants within walking distance (not to exceed 4 normal blocks) in safe area. Award will be made to the offeror determined to be the Best Value to the Government in accordance with FAR 52.212-2 evaluation factors. Evaluation may be made with or without discussions with the offeror(s). Technical proposals will be evaluated for size, quality of services and accommodations, location, and experience with large conferences. VA reserves the right to conduct an on-site inspection of offered facilities. Prices will be evaluated in terms of cost for accommodations and service, cancellation and attrition, refreshments. All responsible sources that can meet the requirements and provide items as listed above may respond to this solicitation by submitting cost and technical proposals, hotel contract and descriptive literature. The technical proposal submitted by an offeror that is not a hotel must describe the technical approach for the offeror's services as a prime contractor in order to be considered a complete technical proposal. Any offer that does not meet the solicitation requirements will be rejected as nonresponsive. The following provisions and clauses shall apply to this solicitation: 52.252-2 Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://www.arnet.gov/far (FAR) and http://www.va.govoa&mm/vaar/ (VAAR); 52.212-1 Instructions to Offerors Commercial Items; 52.212-2 Evaluation Commercial Items (factors listed in descending order of importance: 1. Size and quality of services and accommodations; 2. Location; 3. Experience with large conferences, and 4. Price. Size and quality of services and accommodations, location and experience with large conferences, when combined are more important than price); 52.212-3 Offeror Representations and Certification-Commercial Items. Offerors must include a completed copy of Offeror Representations and Certification along with his/her offer); 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes on Executive Orders Commercial Items and in accordance with FAR 12.603(c )(2)(xii) the following provisions under the clause apply (b)(11)-(b)(15), (b)(19)(i), (b)(21), (b)(25) (b)(26) applies if Government Purchase Card is used, (c)(1), (c)(2), and (c)(4); FAR 52.232-18 Availability of Funds; VAAR 852.270-4 Commercial Advertising; 852.237-70 Contractor Responsibilities; and 852.270-1 Representatives of Contracting Officers. Proposals shall include all information required in 52.212-1, Schedule of Prices Offered, and a completed copy of provision 52-212-3. Submit all price, descriptive literature, technical proposals, and Hotel Contract to Barbara Gamble, Event Manger/Contracting Officer, EES, 950 22nd Street North, Suite 500, Birmingham, Al. 35203. Phone: 205-731-1812 ext 301, FAX: 205-731-1825, email: barbara.gamble@lrn.va.gov. Faxed proposals will be accepted. Closing date for receipt of proposals is October 14, 2004, at 4:00pm CST.
 
Web Link
RFP 777-04-H500
(http://www.bos.oamm.va.gov/solicitation?number=777-04-H500)
 
Record
SN00448779-W 20031009/031007213055 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.